Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2011 FBO #3661
SOLICITATION NOTICE

S -- Indoor Plant Maintenance at Office of Naval Intelligence - Statement of Work

Notice Date
12/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Navy, Office of Naval Intelligence, Commander, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720
 
ZIP Code
20395-5720
 
Solicitation Number
N00015-12-RC11069
 
Archive Date
12/23/2011
 
Point of Contact
Karen B. Langdon, Phone: 3016692795
 
E-Mail Address
klangdon@nmic.navy.mil
(klangdon@nmic.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Facility Access Clause Statement of Work This is a combined solicitation for commercial items prepared in accordance with the format in subpart 12.6 of FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation, N00015-12-RC11069, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. This procurement is reserved for small business utilizing NAICS code 561730, with a small business size standard of $7M. The Office of Naval Intelligence requires indoor plant watering and maintenance. The specifics are outlined in the attached statement of work (SOW). The Office of Naval Intelligence is located on the Washington DC - Maryland line. Directions can be found at http://www.oni.navy.mil/ The period of performance for this maintenance contract will be one (1) year from the date of award. There is an option period for an additional year (exercised at the sole discretion of the Government). There are some building access requirements and they are explained in the attached clause SUP 5252.204-9400 entitled "Contractor Access to Federally Controlled Facilities and/or Unclassified Sensitive Information or Unclassified IT Systems" The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, offers must be registered in the Online Representations and Certifications system at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically the following clauses cited are applicable to this solicitation: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Alt I, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, FAR 52.222-26, Equal Opportunity; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and FAR 52.239-1, Privacy or Security Safeguards. The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically the following clauses cited are applicable to this solicitation: DFARS 252.225-7001, and Buy American Act and Balance of Payment Program.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONI/ONI/N00015-12-RC11069/listing.html)
 
Place of Performance
Address: 4251 Suitland Road, Washington, District of Columbia, 20395-5700, United States
Zip Code: 20395-5700
 
Record
SN02631546-W 20111203/111201234459-3074ef7042c552ec0f4a3ccd52aa12c3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.